Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2020 SAM #6737
SPECIAL NOTICE

C -- 14-Day Pre-Solicitation A-E MATOC IDIQ LANDSCAPING

Notice Date
5/8/2020 8:42:30 AM
 
Notice Type
Special Notice
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
FWS NORTHEAST REGIONAL OFFICE HADLEY MA 01035 USA
 
ZIP Code
01035
 
Solicitation Number
140F0520R0006
 
Archive Date
02/28/2021
 
Point of Contact
Russell, Ryna
 
E-Mail Address
ryna_russell@fws.gov
(ryna_russell@fws.gov)
 
Awardee
null
 
Description
This is the 14-day pre-solicitation synopsis notice for an upcoming request for SF330s. USFWS anticipates posting a 30-day notice for the SF330 Request for Qualifications on or around 06/01/2020. No other information is available until issuance of the SF330 Request for Qualifications. 1. CONTRACT INFORMATION The U.S. Fish & Wildlife Service, Division of Lands Program is seeking qualified Architect and Engineering (A-E) firms for proposed, Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) contracts. The required coverage area for these contracts includes USFWS facilities located in Washington, Oregon, Idaho, and Hawaii. There may be a need for coverage in the Trust Territories of the Pacific Islands (Guam, American Samoa, Commonwealth of the Northern Mariana Islands). Prospective offerors will be required to indicate the states for which they wish to be considered. Firms are encouraged to apply for all states or whichever states they may feel best qualified in. In accordance with the FAR 36.601-4(b) the A-E firm must be permitted by law to practice the professions of architecture or engineering. To be eligible for a contract award, firms will be required to have professional licensure in each state they wish to do business in. This announcement is open to small businesses only. Small businesses will be required to comply with FAR 52.219-14, Limitations on Subcontracting. This acquisition will be procured in accordance with the Federal Acquisition Regulation (FAR) Part 36.6 Architect-Engineer (A-E) under the Brooks Act Procedures. 2. CONTRACT STRUCTURE / ESTIMATED CONTRACT VALUE The Government anticipates the award of up to six contracts to A-E firms for a Firm-Fixed-Price, IDIQ, MATOC, however, the Government reserves the right to make greater or fewer awards if necessary. The term for each contract awarded will be for a base period of one year and four one-year option periods for a total maximum duration of five years. Fully loaded composite labor rates will be negotiated prior to award of the contract. The maximum ordering limitation will be a total aggregate of $1 Million over the life of each individual contract award. Services will be obtained through negotiated firm-fixed price task orders having a magnitude ranging from $2,000 to $200,000. This synopsis and any resultant contract awards do not guarantee work to selected firms other than an initial $2K minimum guarantee. 3. DESCRIPTION OF WORK The selected A-E firm shall provide Landscape Architect lead comprehensive design and technical A-E services to support USFWS infrastructure, real property, and other projects. Services may be required at a variety of facilities, buildings, structures, and geographic areas. Typical projects could include performance of any part of the professional skills necessary to provide Landscape Architectural and Landscape Architectural led multi-disciplinary services consisting of but not limited to: � Project planning and project programming including information and data gathering and analysis � Schematic design, alternative concept development and cost estimation � Design development and construction documentation including bid ready stamped and signed final plans, specifications and estimates. � Preparation of documents and reports with graphics and exhibits. � Construction support including administration, inspection and observation. Design services contemplated under this contract are for those typically provided by licensed Landscape Architects including and not limited to: � Site development for headquarters sites, office and administration facilities, visitor contact sites, maintenance and operations facilities, quarters facilities, and outdoor recreation sites � Planting and irrigation � Visitor facilities including; kiosks, overlooks, boardwalks, blinds and shelters � Transportation facilities including; roadways, parking areas, trailheads, trails, and storm water management infrastructure � Signage, wayfinding and welcome and orientation elements including; directional signage and structures, informational signage and structures, and interpretive structures. � Landscape scale planning � Design guidelines and other informational publications The A-E firm may be required to provide other design and/or construction data needed for state and local approvals, permits, etc. Specific requirements will be stated in individual task orders, as required. 4. SELECTION CRITERIA: Each firm and its proposed team must demonstrate its qualifications with respect to the selection criteria which are listed below in descending order of importance. Ranking will be determined by applying a weighted factor to each evaluation criteria based on the relative order of importance. Criterion 1 - Specialized Experience and Technical Competence Criterion 2 - Professional Qualifications Criterion 3 - Locality Expertise and Knowledge Criterion 4 - Past Performance Criterion 5 - Capacity and Management Capabilities
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6afc44338154457aa584c52cc63c0354/view)
 
Record
SN05651299-F 20200510/200508230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.